File #: 21-0463   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 3/3/2021 Final action: 3/3/2021
Title: (CONTINUED FROM FEB. 17, 2021) Wastewater Collection System Emergency Repair and Replacement - Job Order Contracting Services - 4108JOC196 (Ordinance S-47299)
District: Citywide
Related files: 20-3306

Title

(CONTINUED FROM FEB. 17, 2021) Wastewater Collection System Emergency Repair and Replacement - Job Order Contracting Services - 4108JOC196 (Ordinance S-47299)

 

Description

Request to authorize the City Manager, or his designee, to enter into separate master agreements with two contractors to provide Wastewater Collection System Emergency Repair and Replacement Job Order Contracting (JOC) services for the Water Services Department. Further request to authorize execution of amendments to the agreement as necessary within the Council-approved expenditure authority as provided below, and for the City Controller to disburse all funds related to this item. The total fee for services will not exceed $20 million.

 

Additionally, request to authorize the City Manager, or his designee, to take all action deemed necessary to execute all utilities-related design and construction agreements, licenses, permits, and requests for utility services relating to the development, design, and construction of the project and to include disbursement of funds. Utility services include, but are not limited to: electrical; water; sewer; natural gas; telecommunications; cable television; railroads; and other modes of transportation. This authorization excludes any transaction involving an interest in real property.

 

Report

Summary

The JOC contractors' services will be used on an as-needed basis to provide Wastewater Collection System Emergency Repair and Replacement services for repair or replacement of sanitary sewer lines and force mains. Additionally, the JOC contractors will be responsible for fulfilling Small Business Enterprise program requirements.

 

These Agreements are essential to the health, safety, and welfare of the public and critical operations for the City.

 

Procurement Information

The selections were made using a qualifications-based selection process set forth in section 34-604 of the Arizona Revised Statutes (A.R.S.). In accordance with A.R.S. section 34-604(H), the City may not publicly release information on proposals received or the scoring results until an agreement is awarded. Eight firms submitted proposals and are listed below.

 

Selected Firms

Rank 1: WaCo, LLC dba WaCo Contracting

Rank 2: Achen-Gardner Construction, LLC

 

Additional Proposers

Rank 3: TF Contracting Services, LLC

Rank 4: FPS Civil, LLC

Rank 5: Action Direct LLC dba Redpoint Contracting

Rank 6: Blucor Contracting, Inc.

Rank 7: Kinkaid Civil Construction, LLC

Rank 8: Degan Construction, LLC

 

Contract Term

The term of each master agreement is for up to five years, or up to $10 million, whichever occurs first. Work scope identified and incorporated into the master agreement prior to the end of the term may be agreed to by the parties, and work may extend past the termination of the master agreement. No additional changes may be executed after the end of the term.

 

Financial Impact

The master agreement values for each of the JOC contractors will not exceed $10 million, including all subcontractor and reimbursable costs. The total fee for services will not exceed $20 million. The value for each job order agreement performed under this master agreement will be up to $2 million. In no event will any job order agreement exceed this limit without Council approval to increase the limit.

 

Funding is available in the Water Services Department's Capital Improvement Program. The Budget and Research Department will review and approve funding availability prior to issuance of any job order agreement. Payments may be made up to agreement limits for all rendered agreement services, which may extend past the agreement termination.

 

Department

Responsible Department

This item is submitted by Deputy City Managers Karen Peters and Mario Paniagua, the Water Services Department, and the City Engineer.